Loading...
HomeMy Public PortalAboutC-20-003 - American Transportation Systems, Inc., Charter Bus Servicesq V CONTRACT SERVICES AGREEMENT By and Between CITY OF CARSON and AMERICAN TRANSPORTATION SYSTEMS AGREEMENT FOR CONTRACT SERVICES BETWEEN THE CITY OF CARSON AND AMERICAN TRANSPORTATION SYSTEMS, INC. THIS AGREEMENT FOR CONTRACT SERVICES (herein "Agreement") is made and entered into this 1st day of January, 2020 by and between the CITY OF CARSON, a California municipal corporation ("City") and AMERICAN TRANSPORTATION SYSTEMS, a California corporation ("Contractor"). City and Contractor are sometimes hereinafter individually referred to as "Party" and hereinafter collectively referred to as the "Parties." RECITALS A. City has sought, by issuance of a Request for Proposals or Invitation for Bids, the performance of the services defined and described particularly in Article 1 of this Agreement. B. Contractor, following submission of a proposal or bid for the performance of the services defined and described particularly in Article 1 of this Agreement, was selected by the City to perform those services. C. Pursuant to the City of Carson's Municipal Code, City has authority to enter into and execute this Agreement. D. The Parties desire to formalize the selection of Contractor for performance of those services defined and described particularly in Article I of this Agreement and desire that the terns of that performance be as particularly defined and described herein. OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the mutual promises and covenants made by the Parties and contained herein and other consideration, the value and adequacy of which are hereby acknowledged, the parties agree as follows: ARTICLE 1. SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, the Contractor shall provide those services specified in the "Scope of Services" attached hereto as Exhibit "A" and incorporated herein by this reference, which may be referred to herein as the "services" or "work" hereunder. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that it has the qualifications, experience, and facilities necessary to properly perform the services required under this Agreement in a thorough, competent, and professional manner, and is experienced in performing the work and services contemplated herein. Contractor shall at all times faithfully, competently and to the best of its ability, experience and talent, perform all services described herein. Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be both of good quality as well as fit for the purpose intended. For purposes of this Agreement, the phrase "highest 01007.000116094935 11, professional standards" shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 1.2 Contractor's Proposal. The Scope of Service shall include the Contractor's scope of work or bid which shall be incorporated herein by this reference as though fully set forth herein. In the event of any inconsistency between the terms of such proposal and this Agreement, the terms of this Agreement shall govern. 1.3 Compliance with Law. Contractor shall keep itself informed concerning, and shall render all services hereunder in accordance with, all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental entity having jurisdiction in effect at the time service is rendered. 1.4 Licenses, Permits, Fees and Assessments. Contractor shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Contractor's performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City, its officers, employees or agents of City, against any such fees, assessments, taxes, penalties or interest levied, assessed or imposed against City hereunder. 1.5 Familiarily with Work. By executing this Agreement, Contractor warrants that Contractor (i) has thoroughly investigated and considered the scope of services to be performed, (ii) has carefully considered how the services should be performed, and (iii) fully understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. If the services involve work upon any site, Contractor warrants that Contractor has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of services hereunder. Should the Contractor discover any latent or unknown conditions, which will materially affect the performance of the services hereunder, Contractor shall immediately inform the City of such fact and shall not proceed except at Contractor's risk until written instructions are received from the Contract Officer. 1.6 Care of Work. The Contractor shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as may be caused by City's own negligence. 01007.00011609493.5 -2- 1.7 Further Responsibilities of Parties. Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both parties agree to act in good faith to execute all instruments, prepare all documents and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. Unless hereafter specified, neither party shall be responsible for the service of the other. 1.8 Additional Services. City shall have the right at any time during the performance of the services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to or deducting from said work. No such extra work may be undertaken unless a written order is first given by the Contract Officer to the Contractor, incorporating therein any adjustment in (i) the Contract Sum for the actual costs of the extra work, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Contractor. Any increase in compensation of up to ten percent (10%) of the Contract Sum or $25,000, whichever is less; or, in the time to perform of up to one hundred eighty (180) days, may be approved by the Contract Officer. Any greater increases, taken either separately or cumulatively, must be approved by the City Council. It is expressly understood by Contractor that the provisions of this Section shall not apply to services specifically set forth in the Scope of Services. Contractor hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Contractor anticipates and that Contractor shall not be entitled to additional compensation therefor. City may in its sole and absolute discretion have similar work done by other contractors. No claims for an increase in the Contract Sum or time for performance shall be valid unless the procedures established in this Section are followed. 1.9 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the "Special Requirements" attached hereto as Exhibit "B" and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit "B" and any other provisions of this Agreement, the provisions of Exhibit "B" shall govern. ARTICLE 2. COMPENSATION AND METHOD OF PAYMENT. 2.1 Contract Sum. Subject to any limitations set forth in this Agreement, City agrees to pay Contractor the amounts specified in the "Schedule of Compensation" attached hereto as Exhibit "C" and incorporated herein by this reference. The total compensation, including reimbursement for actual expenses, shall not exceed Five Hundred Twenty -Five Thousand Dollars ($525,000) (the "Contract Sum"), unless additional compensation is approved pursuant to Section 1.8. 2.2 Method of Compensation. The method of compensation may include: (i) a lump sum payment upon completion; (ii) payment in accordance with specified tasks or the percentage of completion of the services, less 01007,00011609493.5 -3- contract retention; (iii) payment for time and materials based upon the Contractor's rates as specified in the Schedule of Compensation, provided that (a) time estimates are provided for the performance of sub tasks, (b) contract retention is maintained, and (c) the Contract Sum is not exceeded; or (iv) such other methods as may be specified in the Schedule of Compensation. 2.3 Reimbursable Expenses. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, telephone expenses, and travel expenses approved by the Contract Officer in advance, or actual subcontractor expenses of an approved subcontractor pursuant to Section 4.5, and only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Contractor at all project meetings reasonably deemed necessary by the City. Coordination of the performance of the work with City is a critical component of the services. If Contractor is required to attend additional meetings to facilitate such coordination, Contractor shall not be entitled to any additional compensation for attending said meetings. 2.4 Invoices. Each month Contractor shall furnish to City an original invoice for all work performed and expenses incurred during the preceding month in a form approved by City's Director of Finance. By submitting an invoice for payment under this Agreement, Contractor is certifying compliance with all provisions of the Agreement. The invoice shall detail charges for all necessary and actual expenses by the following categories: labor (by sub -category), travel, materials, equipment, supplies, and subcontractor contracts. Subcontractor charges shall also be detailed by such categories. Contractor shall not invoice City for any duplicate services performed by more than one person. City shall independently review each invoice submitted by the Contractor to determine whether the work performed and expenses incurred are in compliance with the provisions of this Agreement. Except as to any charges for work performed or expenses incurred by Contractor which are disputed by City, or as provided in Section 7.3, City will use its best efforts to cause Contractor to be paid within forty-five (45) days of receipt of Contractor's correct and undisputed invoice; however, Contractor acknowledges and agrees that due to City warrant run procedures, the City cannot guarantee that payment will occur within this time period. In the event any charges or expenses are disputed by City, the original invoice shall be returned by City to Contractor for correction and resubmission. Review and payment by City for any invoice provided by the Contractor shall not constitute a waiver of any rights or remedies provided herein or any applicable law. 2.5 Waiver. Payment to Contractor for work performed pursuant to this Agreement shall not be deemed to waive any defects in work performed by Contractor. ARTICLE 3. PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 01007.00011609493.5 -4- 3.2 Schedule of Performance. Contractor shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the "Schedule of Performance" attached hereto as Exhibit "D" and incorporated herein by this reference. When requested by the Contractor, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer but not exceeding one hundred eighty (180) days cumulatively. 3.3 Force Majeure. The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Contractor shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. In no event shall Contractor be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Contractor's sole remedy being extension of the Agreement pursuant to this Section. 3.4 Term. Unless earlier terminated in accordance with Article 7 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding one (1) years from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit "D"). ARTICLE 4. COORDINATION OF WORK 4.1 Representatives and Personnel of Contractor. The following principals of Contractor ("Principals") are hereby designated as being the principals and representatives of Contractor authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: Daniel Wilson Chief Executive Officer (Name) (Title) Belinda Borja Operations Manager (Name) (Title) Jeny Donaldson Sales Director (Name) (Title) It is expressly understood that the experience, knowledge, capability and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, 01007.00011609497.5 -5- the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services hereunder. All personnel of Contractor, and any authorized agents, shall at all times be under the exclusive direction and control of the Principals. For purposes of this Agreement, the foregoing Principals may not be replaced nor may their responsibilities be substantially reduced by Contractor without the express written approval of City. Additionally, Contractor shall utilize only competent personnel to perform services pursuant to this Agreement. Contractor shall make every reasonable effort to maintain the stability and continuity of Contractor's staff and subcontractors, if any, assigned to perform the services required under this Agreement. Contractor shall notify City of any changes in Contractor's staff and subcontractors, if any, assigned to perform the services required under this Agreement, prior to and during any such performance. 4.2 Status of Contractor. Contractor shall have no authority to bind City in any manner, or to incur any obligation, debt or liability of any kind on behalf of or against City, whether by contract or otherwise, unless such authority is expressly conferred under this Agreement or is otherwise expressly conferred in writing by City. Contractor shall not at any time or in any manner represent that Contractor or any of Contractor's officers, employees, or agents are in any manner officials, officers, employees or agents of City. Neither Contractor, nor any of Contractor's officers, employees or agents, shall obtain any rights to retirement, health care or any other benefits which may otherwise accrue to City's employees. Contractor expressly waives any claim Contractor may have to any such rights. 4.3 Contract Officer. The Contract Officer shall be Jason Jo, Transportation Supervisor, or such person as may be designated by the City Manager. It shall be the Contractor's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Contractor shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority, if specified in writing by the City Manager, to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Contractor's employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Contractor shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contractor in its business or otherwise or a joint venturer or a member of any joint enterprise with Contractor. 01007.01)01/609493.5 -b- 4.5 Prohibition Against Subcontractingor r Assi nment. The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Contractor, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express consent of City. ARTICLE 5. INSURANCE AND INDEMNIFICATION 5.1 Insurance Coverages. The Contractor shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, during the entire term of this Agreement including any extension thereof, the following policies of insurance which shall cover all elected and appointed officers, employees and agents of City: (a) General Liability Insurance (Occurrence Form CG0001 or eouivalent). A policy of comprehensive general liability insurance written on a per occurrence basis for bodily injury, personal injury and property damage. The policy of insurance shall be in an amount not less than $1,000,000.00 per occurrence or if a general aggregate limit is used, then the general aggregate limit shall be twice the occurrence limit. (b) Worker's Compensation Insurance. A policy of worker's compensation insurance in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for the Contractor against any loss, claim or damage arising from any injuries or occupational diseases occurring to any worker employed by or any persons retained by the Contractor in the course of carrying out the work or services contemplated in this Agreement. (c) Automotive Insurance Form CA 0001 Ed 11$7 including "any auto" and endorsement CA 0025 or equivalent). A policy of comprehensive automobile liability insurance written on a per occurrence for bodily injury and property damage in an amount not less than $1,000,000. Said policy shall include coverage for owned, non -owned, leased, hired cars and any automobile. (d) Professional Liability. Professional liability insurance appropriate to the Contractor's profession. This coverage may be written on a "claims made" basis, and must include coverage for contractual liability. The professional liability insurance required by this Agreement must be endorsed to be applicable to claims based upon, arising out of or related to services performed under this Agreement. The insurance must be maintained for at least 5 consecutive years 01007.0001!609493.5 -7- following the completion of Contractor's services or the termination of this Agreement. During this additional 5 -year period, Contractor shall annually and upon request of the City submit written evidence of this continuous coverage. (e) Subcontractors. Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall include all of the requirements stated herein. (f) Additional Insurance. Policies of such other insurance, as may be required in the Special Requirements in Exhibit "B". 5.2 General Insurance Requirements. All of the above policies of insurance shall be primary insurance and shall name the City, its elected and appointed officers, employees and agents as additional insureds and any insurance maintained by City or its officers, employees or agents may apply in excess of, and not contribute with Contractor's insurance. The insurer is deemed hereof to waive all rights of subrogation and contribution it may have against the City, its officers, employees and agents and their respective insurers. Moreover, the insurance policy must specify that where the primary insured does not satisfy the self-insured retention, any additional insured may satisfy the self-insured retention. All of said policies of insurance shall provide that said insurance may not be amended or cancelled by the insurer or any party hereto without providing thirty (30) days prior written notice by certified mail return receipt requested to the City. In the event any of said policies of insurance are cancelled, the Contractor shall, prior to the cancellation date, submit new evidence of insurance in conformance with Section 5.1 to the Contract Officer. No work or services under this Agreement shall commence until the Contractor has provided the City with Certificates of Insurance, additional insured endorsement forms or appropriate insurance binders evidencing the above insurance coverages and said Certificates of Insurance or binders are approved by the City. City reserves the right to inspect complete, certified copies of and endorsements to all required insurance policies at any time. Any failure to comply with the reporting or other provisions of the policies including breaches or warranties shall not affect coverage provided to City. All certificates shall name the City as additional insured (providing the appropriate endorsement) and shall conform to the following "cancellation" notice: CANCELLATION: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATED THEREOF, THE ISSUING COMPANY SHALL MAIL THIRTY (30) -DAY ADVANCE WRITTEN NOTICE TO CERTIFICATE HOLDER NAMED HEREIN. Con for Initials [to be initialed] 01007.00011609493.5 -8- City, its respective elected and appointed officers, directors, officials, employees, agents and volunteers are to be covered as additional insureds as respects: liability arising out of activities Contractor performs; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or any automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, and their respective elected and appointed officers, officials, employees or volunteers. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. Any deductibles or self-insured retentions must be declared to and approved by City. At the option of City, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects City or its respective elected or appointed officers, officials, employees and volunteers or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration, defense expenses and claims. The Contractor agrees that the requirement to provide insurance shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages to any persons or property resulting from the Contractor's activities or the activities of any person or persons for which the Contractor is otherwise responsible nor shall it limit the Contractor's indemnification liabilities as provided in Section 5.3. In the event the Contractor subcontracts any portion of the work in compliance with Section 4.5 of this Agreement, the contract between the Contractor and such subcontractor shall require the subcontractor to maintain the same policies of insurance that the Contractor is required to maintain pursuant to Section 5. 1, and such certificates and endorsements shall be provided to City. 5.3 Indemnification. To the full extent permitted by law, Contractor agrees to indemnify, defend and hold harmless the City, its officers, employees and agents ("Indemnified Parties") against, and will hold and save them and each of them harmless from, any and all actions, either judicial, administrative, arbitration or regulatory claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities whether actual or threatened (herein "claims or liabilities") that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities provided herein of Contractor, its officers, employees, agents, subcontractors, or invitees, or any individual or entity for which Contractor is legally liable ("indemnitors"), or arising from Contractor's or indemnitors' reckless or willful misconduct, or arising from Contractor's or indemnitors' negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, and in connection therewith: (a) Contractor will defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys' fees incurred in connection therewith; (b) Contractor will promptly pay any judgment rendered against the City, its officers, agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work, operations or activities of Contractor hereunder; and Contractor agrees to save and hold the City, its officers, agents, and employees harmless therefrom; 01007.0001/6094935 -- (c) In the event the City, its officers, agents or employees is made a party to any action or proceeding filed or prosecuted against Contractor for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys' fees. Contractor shall incorporate similar indemnity agreements with its subcontractors and if it fails to do so Contractor shall be fully responsible to indemnify City hereunder therefore, and failure of City to monitor compliance with these provisions shall not be a waiver hereof. This indemnification includes claims or liabilities arising from any negligent or wrongful act, error or omission, or reckless or willful misconduct of Contractor in the performance of professional services hereunder. The provisions of this Section do not apply to claims or liabilities occurring as a result of City's sole negligence or willful acts or omissions, but, to the fullest extent permitted by law, shall apply to claims and liabilities resulting in part from City's negligence, except that design professionals' indemnity hereunder shall be limited to claims and liabilities arising out of the negligence, recklessness or willful misconduct of the design professional. The indemnity obligation shall be binding on successors and assigns of Contractor and shall survive termination of this Agreement. 5.4 Sufficiency of Insurer. Insurance required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated "A" or better in the most recent edition of Best Rating Guide, The Key Rating Guide or in the Federal Register, and only if they are of a financial category Class VII or better, unless such requirements are waived by the Risk Manager of the City ("Risk Manager") due to unique circumstances. If this Agreement continues for more than 3 years duration, or in the event the risk manager determines that the work or services to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Contractor agrees that the minimum limits of the insurance policies may be changed accordingly upon receipt of written notice from the Risk Manager. ARTICLE 6. RECORDS, REPORTS, AND RELEASE OF INFORMATION 6.1 Records. Contractor shall keep, and require subcontractors to keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports, studies or other documents relating to the disbursements charged to City and services performed hereunder (the "books and records"), as shall be necessary to perform the services required by this Agreement and enable the Contract Officer to evaluate the performance of such services. Any and all such documents shall be maintained in accordance with generally accepted accounting principles and shall be complete and detailed. The Contract Officer shall have full and free access to such books and records at all times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records. Such records shall be maintained for a period of three (3) years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required. In the event of dissolution of Contractor's business, custody of the books and 01007.000116M93.5 -10- records may be given to City, and access shall be provided by Contractor's successor in interest. Notwithstanding the above, the Contractor shall fully cooperate with the City in providing access to the books and records if a public records request is made and disclosure is required by law including but not limited to the California Public Records Act. 6.2 Reports. Contractor shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Contractor hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement. For this reason, Contractor agrees that if Contractor becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the work or services contemplated herein or, if Contractor is providing design services, the cost of the project being designed, Contractor shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the estimated increased or decreased cost related thereto and, if Contractor is providing design services, the estimated increased or decreased cost estimate for the project being designed. 6.3 Ownership of Documents. All drawings, specifications, maps, designs, photographs, studies, surveys, data, notes, computer files, reports, records, documents and other materials (the "documents and materials") prepared by Contractor, its employees, subcontractors and agents in the performance of this Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Contractor shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership use, reuse, or assignment of the documents and materials hereunder. Any use, reuse or assignment of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Contractor will be at the City's sole risk and without liability to Contractor, and Contractor's guarantee and warranties shall not extend to such use, reuse or assignment. Contractor may retain copies of such documents for its own use. Contractor shall have the right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event Contractor fails to secure such assignment, Contractor shall indemnify City for all damages resulting therefrom. Moreover, Contractor with respect to any documents and materials that may qualify as "works made for hire" as defined in 17 U.S.C. § 101, such documents and materials are hereby deemed `works made for hire" for the City. 6.4 Confidentiality and Release of Information. (a) All information gained or work product produced by Contractor in performance of this Agreement shall be considered confidential, unless such information is in the public domain or already known to Contractor. Contractor shall not release or disclose any such information or work product to persons or entities other than City without prior written authorization from the Contract Officer. 01007.00011609493.5 -11- (b) Contractor, its officers, employees, agents or subcontractors, shall not, without prior written authorization from the Contract Officer or unless requested by the City Attorney, voluntarily provide documents, declarations, letters of support, testimony at depositions, response to interrogatories or other information concerning the work performed under this Agreement. Response to a subpoena or court order shall not be considered "voluntary" provided Contractor gives City notice of such court order or subpoena. (c) If Contractor, or any officer, employee, agent or subcontractor of Contractor, provides any information or work product in violation of this Agreement, then City shall have the right to reimbursement and indemnity from Contractor for any damages, costs and fees, including attorney's fees, caused by or incurred as a result of Contractor's conduct. (d) Contractor shall promptly notify City should Contractor, its officers, employees, agents or subcontractors be served with any summons, complaint, subpoena, notice of deposition, request for documents, interrogatories, request for admissions or other discovery request, court order or subpoena from any party regarding this Agreement and the work performed there under. City retains the right, but has no obligation, to represent Contractor or be present at any deposition, hearing or similar proceeding. Contractor agrees to cooperate fully with City and to provide City with the opportunity to review any response to discovery requests provided by Contractor. However, this right to review any such response does not imply or mean the right by City to control, direct, or rewrite said response. ARTICLE 7. ENFORCEMENT OF AGREEMENT AND TERMINATION 7.1 California Law. This Agreement shall be interpreted, construed and governed both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Los Angeles, State of California, or any other appropriate court in such county, and Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. In the event of litigation in a U.S. District Court, venue shall lie exclusively in the Central District of California, in the County of Los Angeles, State of California. 7.2 Disputes, Default. In the event that Contractor is in default under the terms of this Agreement, the Cityshall not have any obligation or duty to continue compensating Contractor for any work performed after the date of default. Instead, the City may give notice to Contractor of the default and the reasons for the default. The notice shall include the timeframe in which Contractor may cure the default. This timeframe is presumptively thirty (30) days, but may be extended, though not reduced, if circumstances warrant. During the period of time that Contractor is in default, the City shall hold all invoices and shall, when the default is cured, proceed with payment on the invoices. In the alternative, the City may, in its sole discretion, elect to pay some or all of the outstanding invoices during the period of default. If Contractor does not cure the default, the City may take necessary steps to terminate this Agreement under this Article. Any failure on the part of the City to give notice 01007.0001/6M935 -12- of the Contractor's default shall not be deemed to result in a waiver of the City's legal rights or any rights arising out of any provision of this Agreement. 7.3 Retention of Funds. Contractor hereby authorizes City to deduct from any amount payable to Contractor (whether or not arising out of this Agreement) (i) any amounts the payment of which may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be liable to third parties, by reason of Contractor's acts or omissions in performing or failing to perform Contractor's obligation under this Agreement. In the event that any claim is made by a third party, the amount or validity of which is disputed by Contractor, or any indebtedness shall exist which shall appear to be the basis for a claim of lien, City may withhold from any payment due, without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Contractor to insure, indemnify, and protect City as elsewhere provided herein. 7.4 Waiver. Waiver by any party to this Agreement of any term, condition, or covenant of this Agreement shall not constitute a waiver of any other term, condition, or covenant. Waiver by any party of any breach of the provisions of this Agreement shall not constitute a waiver of any other provision or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any work or services by Contractor shall not constitute a waiver of any of the provisions of this Agreement. No delay or omission in the exercise of any right or remedy by a non -defaulting party on any default shall impair such right or remedy or be construed as a waiver. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7.5 Legal Action. In addition to any other rights or remedies, either party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. Notwithstanding any contrary provision herein, Contractor shall file a statutory claim pursuant to Government Code Sections 905 et. seq. and 910 et. seq., in order to pursue a legal action under this Agreement. 01007.00011609493.5 .13- 7.7 Termination Prior to Expiration of Term. This Section shall govern any termination of this Contract except as specifically provided in the following Section for termination for cause. The City reserves the right to terminate this Contract at any time, with or without cause, upon thirty (30) days' written notice to Contractor, except that where termination is due to the fault of the Contractor, the period of notice may be such shorter time as may be determined by the Contract Officer. In addition, the Contractor reserves the right to terminate this Contract at any time, with or without cause, upon sixty (60) days' written notice to City, except that where termination is due to the fault of the City, the period of notice may be such shorter time as the Contractor may determine. Upon receipt of any notice of termination, Contractor shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Except where the Contractor has initiated termination, the Contractor shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided in Section 7.3. In the event the Contractor has initiated termination, the Contractor shall be entitled to compensation only for the reasonable value of the work product actually produced hereunder. In the event of termination without cause pursuant to this Section, the terminating party need not provide the non -terminating party with the opportunity to cure pursuant to Section 7.2. 7.8 Termination for Default of Contractor. If termination is due to the failure of the Contractor to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 7.2, take over the work and prosecute the same to completion by contract or otherwise, and the Contractor shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Contractor for the purpose of set-off or partial payment of the amounts owed the City as previously stated. 7.9 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney's fees. Attorney's fees shall include attorney's fees on any appeal, and in addition a party entitled to attorney's fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. ARTICLE 8. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 8.1 Non -liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor in interest, in the event of any default or breach by the City or for any amount which may 01007.00011609493.5 -14- become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. 8.2 Conflict of Interest. Contractor covenants that neither it, nor any officer or principal of its firm, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of City or which would in any way hinder Contractor's performance of services under this Agreement. Contractor further covenants that in the performance of this Agreement, no person having any such interest shall be employed by it as an officer, employee, agent or subcontractor without the express written consent of the Contract Officer. Contractor agrees to at all times avoid conflicts of interest or the appearance of any conflicts of interest with the interests of City in the performance of this Agreement. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which affects her/his financial interest or the financial interest of any corporation, partnership or association in which (s)he is, directly or indirectly, interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 8.3 Covenant Against Discrimination. Contractor covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, gender, sexual orientation, marital status, rational origin, ancestry or other protected class in the performance of this Agreement. Contractor shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, gender, sexual orientation, marital status, national origin, ancestry or other protected class. 8.4 Unauthorized Aliens. Contractor hereby promises and agrees to comply with all of the provisions of the Federal Immigration and Nationality Act, 8 U.S.C.A. §§ 1101, et seq., as amended, and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Contractor so employ such unauthorized aliens for the performance of work and/or services covered by this Agreement, and should any liability or sanctions be imposed against City for such use of unauthorized aliens, Contractor hereby agrees to and shall reimburse City for the cost of all such liabilities or sanctions imposed, together with any and all costs, including attorneys' fees, incurred by City. ARTICLE 9. NUSCELLANEOUS PROVISIONS 9.1 Notices. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and 01007.00011609493.5 -15- to the attention of the Contract Officer (with her/his name and City title), City of Carson, 701 East Carson, Carson, California 90745 and in the case of the Contractor, to the person(s) at the address designated on the execution page of this Agreement. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in seventy-two (72) hours from the time of mailing if mailed as provided in this Section. 9.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 9.3 Counterparts. This Agreement may be executed in counterparts, each of which shall be deemed to be an original, and such counterparts shall constitute one and the same instrument. 9.4 Integration; Amendment. This Agreement including the attachments hereto is the entire, complete and exclusive expression of the understanding of the parties. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. No amendment to or modification of this Agreement shall be valid unless made in writing and approved by the Contractor and by the City Council. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. 9.5 Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 9.6 Warranty & Representation of Non -Collusion. No official, officer, or employee of City has any financial interest, direct or indirect, in this Agreement, nor shall any official, officer, or employee of City participate in any decision relating to this Agreement which may affect his/her financial interest or the financial interest of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any State or municipal statute or regulation. The determination of "financial interest" shall be consistent with State law and shall not include interests found to be 41007.00411649493.5 -16- "remote" or "non -interests" pursuant to Government Code Sections 1091 or 1091.5. Contractor warrants and represents that it has not paid or given, and will not pay or give, to any third party including, but not limited to, any City official, officer, or employee, any money, consideration, or other thing of value as a result or consequence of obtaining or being awarded any agreement. Contractor further warrants and represents that (s)he/it has not engaged in any act(s), omission(s), or other conduct or collusion that would result in the payment of any money, consideration, or other thing of value to any third party including, but not limited to, any City official, officer, or employee, as a result of consequence of obtaining or being awarded any agreement. Contractor is aware of and understands that any such act(s), omission(s) or other conduct resulting in such payment of money, consideration, or other thing of value will render this Agreement void and of no force or effect. Contractor's Authorized Initials ��6 9.7 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. This Agreement shall be binding upon the heirs, executors, administrators, successors and assigns of the parties. [SIGNATURES ON FOLLOWING PAGE] 01007.00011609493.5 -17- IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first -above written. ATTEST: 4 cNRSON c U n. UNi,rM�� L. Gause, City Clerk APPROVED AS TO FORM: ALESHIRE & WYNDER, LLP �x F6f=Sunny K. Soltani, City Attorne [MES] ge-ic-*-;� 9.13—S+ co y CITY: CONTRACTOR: AMERICAN TRANSPORTATION SYSTEMS, a California corporation By:�, _,_, Name: Daniel Wilson Title: Chief Executi fficer By: Name: Ryan Burch Title: Chief Financial Officer Address: 3133 E. South St. Long Beach, CA 90805 Two corporate officer signatures required when Contractor is a corporation, with one signature required from each of the following groups: 1) Chairman of the Board, President or any Vice President; and 2) Secretary, any Assistant Secretary, Chief Financial Officer or any Assistant Treasurer. CONTRACTOR'S SIGNATURES SHALL BE DULY NOTARIZED, AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE TO CONTRACTOR'S BUSINESS ENTITY. 01007.0001!609493.5 _18- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. STATE OF COUNTY OF LOS ANGELES OnttM-Mb(F '1& 2019 before me, 5'S'�g�`W , personally appeared R�� , proved to me on the basis of satisfactory evidence to be the person(4) whose names(gk!!'Jamsubscribed to the within instrument and acknowledged to me that h&sletlaay executed the same in a authorized capacity(j4, and that by hi r signatureA on the instrument the persoW, or the entity upon behalf of which the person(s) acted, a ecuted the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. S. S DELGADILLO WITNESS my hand and official seal. WxyPubf'c-CaTifomia [ (Ih los Aroes County Signature: �' a' �` Commissw02224720 _—_ My Comm Expires Dec 9 2021 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER 01007.0001/609493-5 DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT -fit u�{ orf Cgywq a,vi �wl�l��►'��a'� �b NUMBER OF PAGES 14 Ut iq DATE OF DOCUMENT IGNER(S) OTHER THAN NAMED ABOVE TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) 01007.0001/609493-5 DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT -fit u�{ orf Cgywq a,vi �wl�l��►'��a'� �b NUMBER OF PAGES 14 Ut iq DATE OF DOCUMENT IGNER(S) OTHER THAN NAMED ABOVE CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of L d s A n o, �P—Le s ) On D Q c e m b e, - 11k,. , 20 tot before me, L. E. Casey, Notary Public, personally appeared a ' l U0 \ 5 Ori _. who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Description of Document Signature _ �- A Title: �,r,—a-- ,. — .•__°� Lf CASEY Notary Public -California �� -'•: - Eos Angeles County Commissinn>:229H127 (Seal} My Comm. Expires Jul 21. 2023 Containing Z— Pages 1 Sides and Dated: D� .+� c,4- 1-1 t -k . 20tct Bellflower Mobile Notary EXHIBIT "A" SCOPE OF SERVICES I. Contractor will perform the following Services on an on-call basis: Recreational charter bus services for the City's various programs on an as -needed basis. Contractor shall provide all personnel, materials, and resources necessary to perform the Services further described herein. City's various programs include, but not limited to, summer day camp, summer enrichment, early childhood education, stroke center, senior club, and miscellaneous public excursions and internal City trips. H. Contractor must perform all on-call Services in compliance with the following requirements: A. Each task shall be indicated by a written request produced by the Contract Officer with a description of the work to be performed (further outlined in Section V of this Exhibit "A"), and the time desired for completion (the "Trip Request"). All tasks shall be carried out in conformity with all provisions of this Agreement. B. Contractor must prepare a written description of the requested tasks including all components and subtasks; the costs to perform the task ("Task Budget"), using the itemized fees in Exhibit C-1, Billing Rates, whenever a requested task is provided for in Exhibit C-1; explain how the cost was determined; and, a schedule for completion of the task ("Task Completion Date"); which shall all collectively be referred to as the "Task Proposal". C. Contract Officer shall in writing approve, modify or reject the Task Proposal, and may issue a Notice to Proceed. D. The task shall be performed at a cost not to exceed the Task Budget. E. Contractor shall complete the task and deliver all deliverables, if any, to Contract Officer by the Task Completion Date. M. Buses provided by the Contractor shall: A. Be thoroughly clean, free of trash and debris inside and outside, and safe to the highest industry standards. B. Undergo regular preventative maintenance every forty-five (45) days, as set forth in California Vehicle Code Section 34505, as well as pre -trip inspections prior to each trip. Contractor shall maintain records of all such inspections. C. Have at all times of operation, and available for inspection at any time by City staff: 01007.0(1011609493.5 A-1 1. Valid bus registration. 2. Proof of insurance showing coverage as detailed in Article 5, "Insurance and Indemnification" of this Agreement. D. Be equipped with appropriate two-way communication device that is regularly maintained and fully functioning for adequate dispatch and radio monitoring in order to enable effective driver/vehicle assignments and prompt responses to driver and/or vehicle problems, as required by California Vehicle Code Section 24018. IV. Drivers provided by the Contractor: A. Shall be the Contractor's own employees. B. Shall be industry qualified, reliable, licensed, certified, knowledgeable, and experienced bus drivers. C. Shall be familiar with the route to outbound destinations, or have access to a Global Positioning System (GPS). D. Shall be in compliance with all required licensing and certification, per Federal, State and local law. Driver credentials shall include, but are not limited to, the following: 1. Valid California Commercial Class B Driver's License; 2. Valid California Verification of Transit Training (VTT) Certificate and/or Student Pupil Activity Bus (SPAB) certificate; 3. First Aid & CPR/AED Certified; and 4. Medical Card certifying the health of the bus driver to conduct all applicable duties and tasks of a bus driver. E. Shall possess the above described credentials at all times while performing Services under this Agreement. Such credentials shall be available for inspection by City staff at anytime. F. Shall wear an official Contractor -approved uniform with the Contractor's name clearly printed/embroidered on his/her clothing. G. Shall be subject to immediate removal and replacement upon the Contract Officer's written request, for any of the following reasons: 1. Committing unsafe or inappropriate acts while providing service; 2. Revocation, suspension, or non -renewal of a valid California driver license or any of the credentials described above; or 01007.00011609493.5 A-2 3. Unacceptable customer service as reported by customers, other drivers, or directly observed by City staff or agents thereof. V. Trip Requests A. Trip Requests are the Contract Officer's written requests for Contractor's services. Contractor shall strictly comply with Trip Requests, which will include the following: 1. Date of the trip ("Trip Date"); 2. Pick-up times; 3. Estimated drop-off times; 4. Trip Supervisor (as defined below); 5. Locations of pick-ups and drop-offs; 6. Total number of hours the bus will be utilized; 7. The estimated number of passengers; and 8. Estimated cost of service, based on the rates stated in Exhibit "C-1." B. The bus driver shall adhere as closely as possible to the scheduled times at outbound starting locations. Contractor is not responsible for any passengers who have not boarded the vehicle at the time of departure. C. Unless agreed upon in advance and in writing (noted on the Trip Request), the bus driver shall not conduct unrelated trips (trips not covered by the Trip Request) during the time between the designated pick-up and drop-off time on the Trip Request. D. Trip Requests shall indicate one of the following two (2) Route Options: 1. Route Option 1 (A 4 B 4 A): Bus departs from the designated start location, remains at the destination with the passengers, and returns to the designated start location. 2. Route Option 2 ( A H B): Bus and Driver will operate a continuous loop from the initial pick-up location to the destination and back to the pick-up location for a period of time specified. E. The Contract Officer and/or designated staff shall submit Trip Requests to the Contractor at least two (2) weeks prior to the Trip Date indicated on the Trip Request. Within one (1) week prior to the Trip Date, the Contractor shall respond with a written Trip Acceptance, or with written confirmation that the Contractor cannot fulfill the Trip Request. Trip Acceptance shall include: 01007.000116M93S A-3 1. Confirmation of the estimated cost stated in the Trip Request, or a detailed explanation for any increase in the trip cost; 2. The name and contact information of the driver who will perform the services (If this information is unavailable, then Contractor shall provide this information at least one (1) business day prior to the Trip Date); and 3. Any special instructions or notes regarding the Trip; The above-mentioned items shall be included within the Task Proposal pursuant to Section 11, subsection B of this Exhibit "A." F. Contractor shall maintain a record of all trip sheets, pre -trip inspection reports, and bus driver records/licenses/certificates for a minimum of three years from the date requested, to enable the Contract Officer to evaluate the performance of such Services. VI. Cancellations The City may charge the Contractor the sum of Two Hundred Fifty Dollars ($250.00) as a cancellation charge per bus reserved if Contractor cancels a trip and does not give notice to the City's Contract Officer at least one (1) week in advance of the scheduled date of departure. On multi -day trips, cancellation charges shall be a one-time charge of Four Hundred Dollars ($400.00) per bus reserved, regardless of the amount of days per each multi -day trip. Such charges are without limitation of City's remedies pursuant to Article 7 of this Agreement, including for default relating to unauthorized cancellation(s) resulting in failure to perform services as required pursuant to this Agreement. VII. Bus Driver Responsibilities A. The City shall provide a dedicated City staff member to each bus (the "Trip Supervisor"). The Trip Supervisor and the bus driver must work in unison on any bus trip. However, when a safety or driving -related issue is concerned, the bus driver has the final authority and ultimate responsibility. B. The driver will arrive at the pickup a minimum of ten (10) minutes prior to the scheduled departure time for the loading of equipment (unless otherwise instructed by the City's Transportation division). Pickup and discharge of trip participants shall be made at designated points only. C. The City may charge a fee of Fifty Dollars ($50) for any delay of up to fifteen minutes, One Hundred Dollars ($100) for any delay of 15-30 minutes, One Hundred Fifty Dollars ($150) for any delay of 30.45 minutes, and Two Hundred Dollars ($200) for any delays over 45 minutes. These charges shall be assessed per bus. 01007.000116M93-5 A4 D. Upon arrival at the trip destination, the driver shall keep the Trip Supervisor informed as to the location of the bus and shall remain within a reasonable distance/area of the bus. E. A bus shall not be put into motion until all passengers are seated. All passengers must remain seated while the bus is in motion. Only the Trip Supervisor may stand or walk while the bus is in motion to supervise students and/or take attendance. VIII. Additional Provisions A. In the event of a vehicle breakdown, Contractor shall provide a substantially similar replacement vehicle. Time spent on obtaining a replacement vehicle shall not be billed to the City as time spent performing services pursuant to Exhibit C-1 below. If the Contractor does not send a replacement vehicle, the Contractor shall not charge the City for time spent or services provided by the vehicle that broke down. IX. In addition to the requirements of Section 6.2, during performance of the Services, Contractor will keep the City updated of the status of performance by delivering the following status reports: A. Accurate and updated bus inventory list; B. Accurate and updated policies regarding background checks on bus drivers; and C. Accurate and updated policies regarding handling of bus breakdowns, accidents, or emergencies. X. As part of the Services, Contractor will prepare and deliver the following tangible work products to the City: A. A current organizational chart showing the unit(s) or division(s) responsible for the services relative to the Contractor's structure, including the names and contact information of key management and staff. B. A follow-up response and resolution to the Contract Officer and designated staff for any complaints, concerns, or suggestions addressed by any participant and/or City staff regarding a trip within a 24 hour period from the time of the notice. XI. All work product is subject to review and acceptance by the City, and must be revised by the Contractor without additional charge to the City until found satisfactory and accepted by City. XII. Contractor will utilize the following personnel to accomplish the Services: A. Jeny Donaldson, Sales Director B. Belinda Borja, Operations Manager 01007.00011609443.5 A-5 C. Contractor's staff, including but not limited to qualified bus drivers. 01007.0001/609493.5 -6 *-4 oa 1; SPECIAL REQUIREMENTS (Superseding Contract Boilerplate) I. Section 1.4, "Licenses, Permits, Fees and Assessments," is hereby amended to read as follows (new text is identified in bold italics): "Contractor shall obtain at its sole cost and expense such licenses, permits, and approvals as may be required by law for the performance of the services required by the Agreement, including but not limited to all licenses, permits, and approvals required for drivers. Contractor shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Contractor's performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City, its officers, employees or agents of City, against any such fees, assessments, taxes, penalties or interest levied, assessed or imposed against City hereunder." H. Section 3.4, "Term," is hereby amended to read as follows (new text is identified in bold italics, deleted text in stFike Offeugh): "Unless earlier terminated in accordance with Article 7 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding eine -(1) three (3) years and sir (6) months from the effective date hereof, except as otherwise provided in the Schedule of Performance (Exhibit "D"). City, in its sole discretion, and subject to a duly approved and executed Agreement amendment between the Parties, may extend the Term for two (2) additional one- year terms, with the first extension period commencing on July 1, 2023 and expiring on July 1, 2424, and the second extension period commencing on July 1, 2024 and ending on June 30, 2025." III. Sections 5.1(a), "Insurance Coverages," is hereby amended to read as follows (new text is identified in bold italics, deleted text in 9WEe thFeugh): "(a) Commercial General Liability Insurance (Occurrence Form CG0001 or e uivalent . A policy of comprehensive general liability insurance written on a per occurrence basis for bodily injury, personal injury and property damage. The policy of insurance shall be in an amount not less than $1 ,000,000. $5,000,000 per occurrence or if a general aggregate limit is used, either the general aggregate limit shall apply separately to this contract/location, or the general aggregate limit shall be twice the occurrence limit." IV. Sections 5.1(c), "Insurance Coverages," is hereby amended to read as follows (new text is identified in bold italics, deleted text in she thFeugh): 0IOD7.WOI/6094935 B-1 "(c) Automotive Insurance (Form CA 0001 (Ed 11$7) including "any auto" and endorsement CA 0025 or equivalent). A policy of comprehensive automobile liability insurance written on a per occurrence for bodily injury and property damage in an amount not less than $1,000,000 $5,000,000. Said policy shall include coverage for owned, non -owned, leased, hired cars and any automobile." 01007,00011609493,5 142 EXHIBIT "C" SCHEDULE OF COMPENSATION I. Contractor shall establish a Task Budget for each Trip Request identifying the subtasks, based on the time and rates of the personnel performing the subtasks, and itemizing all materials and equipment utilized and the costs thereof. If payment is to be made other than at completion of the services, then the phases of the performance and percentage of payment due shall also be shown in the Task Proposal. II. The City will compensate Contractor for the Services performed upon submission of a valid invoice. Each invoice is to include; A. Line items for all personnel describing the work performed, the number of hours worked, and the hourly rate. B. Line items for all materials and equipment properly charged to the Services. C. Line items for all other approved reimbursable expenses claimed, with supporting documentation. D. Line items for all approved subcontractor labor, supplies, equipment, materials, and travel properly charged to the Services. III. The total compensation for the Services shall not exceed the Contract Sum as provided in Section 2.1 of this Agreement. IV. Contractor's billing rates for Services are attached as Exhibit C-1. 01007.0001/6044935 C-1 EXHIBIT "C-1" BILLING RATES I. The Contractor's billing rates shall be as follows, based on the following bus types: A. School Bus ca aci of u to a maximum of 60 passengers) Roundtrip - $99 per hour with five (5) hour minimum per trip. 2. Overnight (continuous use of bus up to and more than 10 hours) - $990 flat rate per day. B. Coach Bus (capacity of up to a maximum of 50 passengers) Roundtrip - $129 per hour with five (5) hour minimum per trip. 2. Overnight (continuous use of bus up to and more than 10 hours) - $1,250 flat rate per day. C. Mini Bus (capacity of up to a maximum of 30 passengers) 1. Roundtrip - $99 per hour with five (5) hour minimum per trip. 2. Overnight (continuous use of bus up to and more than 10 hours) - $990 flat rate per day. II. The billing rates for Services are subject to the following conditions: A. Contractor shall not charge the City for any time spent traveling from the bus yard/storage area (or other prior location) to the pick-up location, nor the time spent traveling from the drop-off location back to the bus yard/storage area (or other subsequent location). B. Billable hours commence at the designated start time of the trip request, and end at the designated end time of the trip request. C. Final prices may change only upon approval of the Contract Officer based on the final number of buses and additional hours needed per trip. D. Contractor shall not pay out-of-pocket expenses, including parking expenses, tolls, and park entrance fees. Each scheduled trip will include a Trip Supervisor authorized to pay such costs during the trip. 01007,00011609493,5 C-1-1 EXHIBIT "D" SCHEDULE OF PERFORMANCE I. The Contractor shall perform the Services on an on-call basis as set forth in Exhibit "A". II. Contractor shall deliver the following tangible work products to the City by the following dates: Within seven (7) days after the effective date, and prior to commencing transportation services pursuant to this Agreement, Contractor shall provide the following to the City: 1. The Contractor's written policy for completing background checks on bus drivers; 2. The Contractor's written policies and procedures for handling and responding to any situation that can occur on a bus, especially emergencies, accidents, and breakdowns. These policies and procedures must also be available for inspection at any time by the City; and 3. A list of the Contractor's current inventory of buses available for service, including details on each bus, such as respective seating capacity, amenities (restrooms, DVD/TV monitor, Wi-Fi, AIC outlets, etc.), year, make, and model. Contractor shall provide the City with updated inventory lists. III. The Contract Officer may approve extensions for performance of the Services in accordance with Section 3.2. 01007.0001/609493.5 D-1 ACORD® CERTIFICATE OF LIABILITY INSURANCE v�J �� °" EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1=2°` 1 111201201199 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERIS), AUTHORIZED REPRESENTATIVE OR PRODUCER. AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. H SUBROGATION IS WAIVED, subject to the terns and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Transportation Ins Brokers CONTACT mm:TIB PH Letitia Thomas FA>< 818.246-2800 425 W. Broadway Vvc-1wa . - a 818-246.4690 Suite 300 S s� Ithomas@Nbinsurance.com Glendale CA 91204-1269 INSURERM AFFORDING COVERAGE HAIC N INSURER A. Penil6ylvania Manufacturers Association 12262 INSURED AMERTRA-W INSURER a: American Transportation Systems & American Transportation Sightseeing INSURER C.- :3133 3133E South St. INSURERD: Long Beach CA 90805 INSURERS: INSURER F LLUVr-KAGCS Ut!KFIFIGATE NUMHFK' 1n7QK7R547 RFVicinaI 1j"Unco THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE SR1AODCSUBR - 213D WWI)POLICY NUMBER Afp"J l IPts11110D�YYEXO LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y 3019011645343 110OR619 11!20!2020 EACHOCCURRENCE S5.OD0.000 CLAIMS -MADE t X OCCUR PREMISES RE SESfEa 0000mrKe $100,000 MED EXP (Any *no wun) 35,000 PERSONAL 6 ADV INJURY $5.000000 GENL AGGREGATE LIMIT APPLIES PERS POLICY r PRO• ❑ JECT LOC GENERAL AGGREGATE $5,000.000 - PRODUCTS - COAIPIOP AGG 15.000.000 S OTHER: A AUTOMOBILE LIABILITY Y Y 1519011045343 111•!012619 w2012020 E: a SINGLE 1.1MIT 1-5 BODILY INJURY IPer person) S ANY AUTO I ALL OWNEDSCHEDULED AUTOS X AUTOS BODILY INJURY IPar acadent) S X UT X NON -OWNED HIREDAUTO5 AUTOS PROPERTY DAMAGE S Peramdenl S UMBRELLA LIAS OCCUR EACH OCCURRENCE S EXCESS UAB CLAIMS -MADE _ AGGREGATE S DED RETENTIONS $ i I WORKERS COMPENSATION PER OTH. AND EMPLOYERS' LIABILITY Y 1 N ANY PROPRIETOR/PARTNERIEXECUTNE OFFICERIMEMBER EXCLUDED? N 1 A STATUTE ER E L EACH ACCIDENT S E L DISEASE- EA EMPLOYE S (Mandatory 1. NH) dasrnLe aider Uyyeeaa s-P7i0N OF OPERATIONS below E L DISEASE -POLICY I iM1T S t DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES rACORD 101, Additional Remarks Sche&dv, may be atdiched H mon open Is ngWrad) City of Carson, its elected and appointed officers, employees and agents are additional insureds. Waiver of subrogation is provided in favor of additional insureds. General Liability and Auto Liability policies are primary and non-contributory City of Carson 701 E Carson St Carson CA 90745 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORQED REPRESENTATIVE 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 151901-10-45-34-3 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies Insurance provided under the following. AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement Identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage f=orm_ This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the Inception dale of the policy unless another date is indicated below. Named Insured: Endorsement Eflecfm Date: SCHEDULE Narne Of Person(s) Or Organizatk n(s): CITY OF CARSON, ITS ELECTED AND APPOINTED OFFICERS, EMPLOYEES AND AGENTS CITY OF CARSON 701 E CARSON ST CARSON CA 90745 POLICY IS PRIMARY AND NON—CONTRIBUTORY L Information required to complete this Schedule, if not shown above, will be shown in the Declarations I Each person or organization shown in the Schedule is an "Insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an 'Insured" under the Who Is An Insured provision contained In Paragraph A.1. of Section II — Covered Autos Liability Coverage In the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 ® Insurance Services Office, Inc., 2011 Page 1 of 1 wSsED coag POLICYNUMBER: 151901-10 45-34--1 COMMERCIAL. AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the fallowing: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: American Transportation Systems Endorsement Effecdwe Date: 1112012019 SCHEDULE Names) Of Person(s) Or Organization(s): CITY OF CARSON, ITS ELECTED AND APPOINTED OFFICERS, EMPLOYEES AND AGENTS CITY 0? CARSON 701 E CARSON ST CARSON CA 90745 POLICY IS PRIMARY AND NON-CONTRIBUTORY 0 The Transfer Of Fights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident' or the 'loss" under a contract with that person or organization. CA 04 44 10 13 ® Insurance Services Office, Inc., 2011 Page 1 of 1 wsmal wpf POLICY NUMBER: 301901-1045-3 4-3 COMMERCIAL GENERAL LIABILITY CO 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL_ LIABILITY COVERAGE PART SCHEDULE Name Of Additlonal Insured Person(s) Or O iza s Locations Of Covered Operations CITY OF CARSON, ITS ELECTED ONLY AS RESPECTS TO THE AND APPOINTED OFFICERS, OPERATIONS OF THE NAMED EMPLOYEES AND AGENTS CITY OF INSURED. CARSON 701 E CARSON ST CARSON CA 90745 POLICY IS PRIMARY AND NON—CONTRIBUTORY Information required to complete this Schedule if not shown above will be shown in the Declarations. A. Sectctian II — Who Is An Insured is amended to Include as an additional insured the person(s) or organization(s) shown In the Schedule, but only with respect to liability for "bodily injury', "property damage" or 'personal and advertising injury" caused, In whole or in part, by: 1. Your acts or omissions; or 2 The acts or omissions of those acting on your behalf. in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2 If coverage provfded to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured, CG 2010 0413 B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This Insurance does not apply to "bodily injury" or 'property damage" occurring after: 1. All work, including materials, parts or equipment furnished In connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at Die location of the covered operations has been completed; or 2 That portion of "your work" out of which the Injury or damage arises has been put to its Intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C Insurance Services Office, Inc., 2012 rsmfn capr Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Lirrdts Of Insurance: If coverage provided to the additional insured Is required by a contract or agreement, the most we will pay on behalf of the additional insured Is the amount of Insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Units of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 ® Insurance Services Office, Inc. 2412 CG 2410 pq 13 KIsMEV Corr POLICY NUMBER: 301901-10-45-34-3 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following.- COMMERCIAL ollowing; COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organizaton: CITY OF CARSON, ITS ELECTED AND APPOINTED OFFICERS, EMPLOYEES AND AGENTS CITY OF CARSON 701 E CARSON ST CARSON CA 90745 jPOLICY IS PRIMARY AND NON—CONTRIBUTORY The following is added to Paragraph l3. Transfer Of Rights Of Recovery Against Others To Us of Section W -- Candhions: We waive any right of recovery we may have against the person or organization shown In the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 0 Insurance Services Office, Inc., 2008 Page 1 of 1 D ACC> or CERTIFICATE OF LIABILITY INSURANCEDATE{MMIDOIYYYY) INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, 1012120'19 THIS CERTIFICATE IS ISSUED AS A NATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLD THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE 19LLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERIS), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the Certificate holder Is an ADDITIONAL INSURED, the policylles) must have ADDITIONAL INSURED provislons or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Venbrook Insurance Services CA Lic OD80832 16815 Von Karman Avenue Suite 180 AMEE: Emllv Juno PHONE 818 54$-B9OO FAX 1AIC. Rol. 818-598.8910 A 53, e u venbrook.com Eia Irvine, CA 92606 INSURE S AFFORDING COVERAGE MAIC f www venbrook.com CA Lie No OD80832 INSURER A : Cypress Insurance Company 10855 INSURED American Transportation Sightseeing American Transportation Systems INSURER B: INSURER C: INSURER D: 3133 E South St Long Beach CA 90805 INSURER E: INSURER 0; ��+■�ev��a�� r crc 1 H-II.M 1 c numocrt: 5lDlZU6U REVISION NUMBER: I nrs Is IU CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 741 E. Carson Street INSR '-- T - POLICY EFF POLN:YEiP LTR TYPEOFWSURANCE l POLICYNUMBER Boman= LIMITS .... -- - ' COMMERCIAL GENERAL LIABILITY - AUTHORI2EDRPJPRESENTATIVE �✓" v Eric Doll EACH OCCURRENCE S_ OCCUR IAGET8i1i 4TI 6 F ,CLAIMS -MADE P.REMI5E! S i _MEDEXP(AnyonapwawL s _ GEML AGGREGATE LIMIT APPLIES PER PERSONAL 6 ADV INJURY S I� PRO. POLICY LOC RENERAL AC REGATE i _ � { JECT PRODUCTS - COMPILIP AGG 4' OTHER _ j AUTOMOBILELIABRITY I COMBIIUEDSI LE LIMIT S a awdere8 _ _ ANY AUTO - _ BODILY INJURY (Per parson)OWNES SCHEDULED AUTOS .. AUTOS ONLY .AUTOS BODILY INJURY Peracederd S I 1 HSREO NON -OWNED AUTOS ONLY r .. AUTOS ONLY _ _ PROPERTY DAMAGE - S UMBRELLA LIAR I OCCUR f EACH OCCURRENCE EXCESS LIAR `� I CLAIM$-4AADE AGGREGATE 1-5 DED RETENTIONS Ilj A WORKERS COMPENSATION AND EMPLOYERS' � AMVVC032812 10!1!2419 10/1/2024PER H- ✓ I TTATUTE LIABILI Y YIN ER _ ANYPROPRIETORIPARTNERtEXECUTtVE OFUFICEWMEMBEREXCLUDED? El NIA E L EACH ACCIDENT " _ + $ 1,000,004 (Mandatmy In NH) E L DISEASE_ EA EMPLOY S . IOunder der SCRIPTIPTN]N OF OPERATION below i _ �4QO.Q44 _ E L DISEASE- POLICY LIMIT . S 1,000,000 ll 1 I ' DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES IACORD 101, Addida"I Remarks SchodWe, may be athchad N moa space Is required) - City of Carson, its elected and appointed officers, employees, volunteers and agents are additional Insureds. Waiver of subrogation is provided in favor of additional insureds. General Liability and Auto Liability policies are primary and non-contributory Waiver or Subrogation form WCl}90410C (Ed. 01-10) applies when requtred by written contract. CERTIFICATE HOLDER r`AML'CI I ATlnu CI�y of Carson SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE AN: Grace Cruz THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 741 E. Carson Street ACCORDANCE WITH THE POLICY PROVISIONS. Carson CA 90745 AUTHORI2EDRPJPRESENTATIVE �✓" v Eric Doll ®1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/031 The ACORD name and logo are registered marks of ACORD 51612080 117426 1 2019 WC I10�l Year Rersewali I Bally Jung 1 10(2/3019 3 21.14 PFI (MT) I Page 1 of 2 This certificate cancels and supersedes ALL previously issued Certificates. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC990410C (Ed. 01-19) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -CALIFORNIA BLANKET BASIS We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) The additional premium for this endorsement shall be calculated by applying a factor of 2% to the total manual premium, with a minimum initial charge of $350, then applying all other pricing factors for the policy to this calculated charge to derive the final cost of this endorsement. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Blanket Waiver PersonfOrganization Blanket Waiver — Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. Job Description Waiver Premium (prior to adjustments) All CA Operations This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The Information below Is required only when this endorsement is Issued subsequent to preparation of the policy.) Endorsement Effective: Policy No AMVVC032812 Endorsement No. Insured:American Transportatton Sightseeing American Transporlation Systems Insurance Company Cypress Insurance Company WC990410C (Ed. 01-19) Premium $ Countersigned by 516120/0 111126 1 2019 WC (1011 rear Ranevall II Emily .Tung 1110 2/2019 2 21:14 PM rPOT) I page 2 at 2 This certificate cancels and supersedes Ii LL previously issued certificates.